HomeMy WebLinkAboutResolutions - No. 2004-7911101W� �@ �60 �16
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING
THE CONSTRUCTION, TESTING. AND INSPECTION, AND
CONSTRUCTION ADMINISTRATION CONTRACTS FOR WHITE
SLOUGH WATER POLLUTION CONTROL FACILITY YEAR 2004
IMPROVEMENTS AND FURTHER APPROPRIATING FUNDS
lqll� ---- -- ----------------- ----------------
WHEREAS, this project consists of the installation of pre -purchased equipment;
construction of electrical control and chemical buildings; and associated electrical, mechanical,
utility, site preparation, and demolition as required at the White Slough Water Pollution Control
Facility (part of "Phase 2" Improvements); and
WHEREAS, in answer to notice duly published in accordance with law and the order of
this City Council sealed bids were received and publicly opened on April 15, 2004, at 11.00 a.m.
for the Construction Contract described in the specifications therefore approved by the City
Council on March 3, 2004; and
WHEREAS, three bids were received with the apparent low bidder withdrawing his bid
due to a mathematical error; and
WHEREAS, seven proposals were received on April 9, 2004, for the testing and
inspection contract; and
WHEREAS, the total project estimate for this element of Phase 2 is $15 million, which
includes the design, pre -purchased equipment, construction administration services,
construction contract, testing and inspection contract, construction trailer purchase,
construction contingencies, and other project -associated expenses. However, some of these
expenses have already been approved and appropriated, thus, the appropriation for this portion
of the project is $10,108,000 and includes 2% of the construction contract ($149,692) for the
Public Art Fund; and
WHEREAS, Public Works staff recommends that this amount be held until the Phase 3
project is further developed, and suggest that the wastewater treatment plant facility itself may
not be the best location for a significant public art element, and that staff work with the Art
Advisory Board as the Phase 3 project is further defined; and
WHEREAS, said bids have been compared, checked, and tabulated and a report
thereof filed with the City Manager as attached marked Exhibit A.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council hereby awards the
construction contract for the above project to Kirkwood -lily, Inc., of Santa Rosa; the testing and
inspection contract to Krazen & Associates, of Modesto, CA, and further authorizes the City
Manager to contract with West Yost & Associates for construction administration services (see
attached Task Order No. 14); and
BE IT FURTHER RESOLVED that funds in the amount of $10,108,000 be appropriated
for this project from the Wastewater Fund with the 2004 Certificates of Participation.
Dated: April 27, 2004
IThereby certify that Resolution No. 2004-79 was passed and adopted by the City
Council of the City of Lodi in a special meeting held April 27, 2004, by the following vete:
AYES: COUNCIL MEMBERS -- Beckman, Hitchcock, Howard, Land, and
Mayor Hansen
kyj muslamm
SUSAN J. BLA KSTON
City Clerk
MWP�M:
City of Lodi EXHIBIT Al
White Slough WPCF Year 2004 Improvements
Construction Testing and lInspection RFP Results
The following 7 firms submitted proposals for the above noted project Testing & Inspection
Services'.
NAM E
PROPOSAL AMOUNT
J�R_AZAN& ASSOCIATES INC
448 MITCHELL ROAD, SUITE C
MODESTO CA- 95354
$156,160.00
CONSTRUCT[ N TASTING & ENGINEEI IN G INC
242 W LARCH RD., SUITE. F
TRACY CA 95:376
SIGNET TESTING LABS INC
1417 N MARKET ST., SUITE. I
SACRAMENTO; A 95834
$175,175.00
MATRISCOP EINC
3102 INDUSTRIAL BLVD.
WEST SAC RAMWM CA 95691
$175,275.00
NEIL 0 - AKN ��i �WSCRIES
902 INDUSTRIAL WAY
CA 952.40
$184,960x00
ELODI,
_�EINFELDER
2826E. MYRTLE T.
STOCKTON, C" 1 95:206
......
$198,350.00
�70�UNGQA�L . . . . . . . . '. �CtAT�ES IN�C��
1234 QLENHAV��E.N CT.
EL DORADO HiLl.,S, CA 95762
$267,718,00
I I
Illm 1?
PROPOSAL TO PROVIDE
ENGINEERING SERWES DURING CONSTRUCTION
YEAR 2004 IMPROVEMENTS
WYA—Apfl ECJ, 2004 City ofbodi — While Slough
Taqk Order No. 14 Year 2004 1mgincering Services During Con8rmption
W/propAp/lodi
BACKGROUND
The Year 2004 City of Lodi Water Pollution Control Facility Year 2004 Improvements Project
includes installation of new aeratlon panels and aeration piping medications to existing aeration
basins and installation of launder covers secondary clarifiers, a new Ater pump station,
installation of a. City furnished effluent filtration system, installation of City ft rn.ished [.1V
disinfection facilities, two new appurtenant buildings, digester cleaning, associated electrical and
instrumentation improvements, and related work.
It is anticipated that the construction of these improvernents will begin in May 2004 and will be
completed in February 2005. West Yost &. Associates proposes to provide the following
engineering services during the construction of this project.
1.4.1: PRE -CONSTRUCTION CONFERENCE
Key design personnel will attend the pre -construction conference. We have assumed that the pre-
construCion conference will take cane -half day.
14.2 SUBM117TA% REVIEW
WYA and design subconsultants will review submittals for compliance with the design concepts
and specifications, certfl�cates, samples, tests, methods, schedules, and manufacturer's installation
and other instructions required to be submitted by the Contract Documents.
WYA will retain three copies of all submittals, and will review and return one copy with
Comments to the City's Construction Manager within 12 working days after receipt of submittal.
(Tile Contract Documents indicate that submittals will generally be returned to the Contractor
within 1.5 working days of receipt of the submittals. WYA intends to return submittals to the
Construction Manager within 12 working days to provide time for transmission between the
Contractor and Constructions Manger.) If for any reason WYA cannot perform submittal review
within J 2 working clays, WYA will notify the City and provide an explanation for the additional
time required. review of submittals regarding methods of work, os- information regarding
materials or equipment the Contractor proposes to provide, will not relieve the Contractor of
responsibility for errors in submittals.
14.3 INTERPRETATION AND CLARMCATION OF CONTRACT DOCUMENTS
WYA and design subconsultants will prepare written interpretation mid clarifications of tale
Contract Documents in response to kiTitt n requests from the Contractor. WYA will respond in
writing within 14 calendar clays following receipt of a written request. If for any reason WYA
cannot perforin %ubmittal review within 14 calendar days, WYA will notify the City and provide
an explanation. for tate additional time required. it is understood that certain Requests For
Information (RFI's) may require a very rapid response, owing to construction eniergencies or
potential delays to the Contractor. In these cases, RI�i's may be hal orally, but will be
followed with a written RF'I, and WYA will respond in writing thereto.
WYA---Apii 19,2W Cite oflanai- -white Slough
Tisk Order No. 14 Year 2004 I�ngineering Services Hering ConAmetion
lid/propA ptiod i
14.4 CHANCxE ODDER SUPPORT
We altticipate that there could be changes to the project. Some typical examples are: differences
in conditions, Contractor suggestions approved by the City/engineer, additions to the work,
changes in methods of construction, omissions, and Contract .Document conflicts. As requested
by the Construction Manager, WYA and our design subconsultants will issue design engineer
inftiatt�d clarifications (DEI•C's), prepare new or amend contract documents, and provide C/O cost
e5flinate input,
14,5 WEEKLY PROGRESS AND RELATED MEEI7NGS
A WYA representative will attend weekly progress meetings with City staff, the Construction
Manager, and Contractor's representatives. Design sub -consultant representative(s) will also
attend on an as -needed basis. In addition, at the Construction Manager's request WYA and sub -
consultant mprescntat.ives will visit the project site to provide advice and assistance, or to answer
any questions fliat may arise concerning design intent,
14.6 ASSIST THE CITY DURING START-UP AND TESTING
WYA and our sub -consultants will provide assistance during the startup and testing of new
facilities. This assistance is intended to coitfirrn that instrumentation controls and alarms operate
as intended.
14.7 FINAL INSPECTION AND RECOMMENDATIONS
Key WYA. and sub-constiltant staff inembers will perform a final inspection and will identify
final punch list items to the Construction Manager,
14.8 PREPARE RECORD DRAWINGS
The Cit), is con:si.dering preparing record drawings for the entire treatment plant in the near future.
Therefore record drawings for year 2004 improvements will not be prepared cruder this task order.
14.9 PROJECT MANAGEMENT AND COORDINATION OF DESIGN TEAM.
WYA Project Manager will monitor progress, process billings, respond to information nceds, and
will work to beep the City informed. fluter prajesc:t management [asks include quality control and
coordination o#'staff. The project budget will los. monitored on a weekly basis as well_
ESTIMATED COST
The estimated dost to complete the scope of work describers alcove is summarized in Table 1.
WYA--April 19.2004 City of Lodi --, Wbire S30Ligh
'ask Order No, 34 Year 2004 En ;incering Services During Censtnietion
hd/props pftdi
Table 1, Estimated Services During Construction Costs
Item of Work
Estimated Cost, dollars
14.1 Pre -Construction Conference _
1,500
14.2 Subs riita.1 review
99,100
14.3 Interpr,Oation & Clarification Of Contract Documents
50,200
14.4 Change Order Support
70,300
Weekly .Progress And belated Meetings
� 74,800
[1:414.5
AssistSSiSt The City DuringDuring Start_Up And resting
,64.7
53,200
Final Inspection And Recommendations
17,6100
14.8 Prepare RecoTd Drawings
0
14.9 Pro;ect Management Of Design `Tea[ti
34,100
Total
401,500
Our proposed fee for these services is $401,500. As you are aware, our level of effort will depend
on the contractor's performance and the level of support required by City staff on this, project. We
will perform all work on an hourly basis and will not exceed a maximurn frilling of $401,500 for
these services without written authorization.
WYA-- Apj l 19, 2004 City of Uodi — Whica Shugb
I'm* Order No. 34 fear 2004 Engineering. Sc vices During Coostsuction
bdi'proj /Ipliodi
White Slough WPQF Year 2004 Improvements Project
Bid Opening April 15, 2004
2:00 p.m,
Bid Results
The following 3 bids were received:
I Pacific Mechanical Corporation has requested to withdraw their bid due to a mathematical error.
WS WPCF Year 2004 Improvements Bid Resultsxis
Sheeting shoring
...... ......
and bracinq
All other work
Total Bid
M chanical Corp
*paC6Ifle fle M
Concord
$50,000-00
$5,749,000M
$5,799,000,00
Klrkuvood-lily, Inc.—
Santa RQ . sa
$16,000.00
$7,468,600.00
$7,484,600M
�.R�oen C6�G,�uRtion---
- - —
Danville
$25,000,00
$8,303,000-00
$8,328,000-00
I Pacific Mechanical Corporation has requested to withdraw their bid due to a mathematical error.
WS WPCF Year 2004 Improvements Bid Resultsxis